SOURCES SOUGHT
Z -- Construction of a New Undegroound Electrical Distribution Center Loop
- Notice Date
- 5/11/2012
- Notice Type
- Sources Sought
- NAICS
- 238210
— Electrical Contractors and Other Wiring Installation Contractors
- Contracting Office
- Department of Health and Human Services, Food and Drug Administration, Office of Acquisitions and Grants Services, Bldg 50 Room 422, Jefferson, Arkansas, 72079, United States
- ZIP Code
- 72079
- Solicitation Number
- FDA-1101957
- Archive Date
- 5/27/2012
- Point of Contact
- Nicholas E Sartain, Phone: 870-543-7370
- E-Mail Address
-
nick.sartain@fda.hhs.gov
(nick.sartain@fda.hhs.gov)
- Small Business Set-Aside
- N/A
- Description
- THIS IS FOR MARKET RESEARCH PURPOSES ONLY, NOT A REQUEST FOR PROPOSAL OR SOLICITATION. The Food and Drug Administration, Jefferson Laboratories, in Jefferson, Arkansas, is conducting market research in seeking business sources within the Arkansas service area, including total small businesses, service-disabled veteran-owned small businesses, HUBZone small businesses and Women Owned Small businesses. The following information is provided to assist the FDA in conducting Market Research to identify potential contractors for this effort: The government is seeking sources interested in the following project. Demolition of Substation 3 - In a phased electrical sequence of events and after the completion of the 15 KV Center Loop, all the existing medium voltage switchgear, 2400 volt and 13.8 KV, and all the low voltage switchgear, 480 V, shall be demolished and removed from the existing Substation No. 3 area. Existing conduit stub ups at the substation area shall be cut down to a level below the existing pad and sealed. The existing 480 volt loads removed from this substation by this project shall be fed by new pad-mounted transformers in close proximity to each load. Substation area shall be cleaned and resurfaced. New Campus Loop - Install a new 15 KV Center loop underground distribution system. The new loop shall be extended into Substation 3 in the campus central mall area to serve one new medium voltage distribution switch. The new 15 KV center loop distribution system shall also be extended to the new pad-mounted transformers. Each pad mounted switchgear module shall consist of a gas-tight tank containing SF6 gas, load-interrupter type switch and be fed with (2) new paths of 13.8 KV primary electrical service. Work Included within the project is the following: 1. New underground conduits and 15 KV cable systems including but not limited to trenching, backfill, concrete handholes, concrete topping slabs in each 15 KV trench and restoration of existing surfaces disturbed during the work. 2. New outdoor pad mount switchgear complete with concrete pads and grounding including but not limited to spare conduits stubbed out from each spare switch and capped. 3. New oil filled outdoor pad mount transformers complete with secondary over current protective device, concrete pads and grounding. 4. New underground conduits between pad mount switchgear and associated pad mount transformers systems including but not limited to trenching, concrete topping slabs in each 5 &15 KV trench and backfill. 5. New service equipment in select buildings. 6. Extension of new service conductors and conduits from pad mount transformers to new service equipment within select buildings and/or existing equipment within buildings. 7. Passage of new service conduits through existing building structures with fire stopping of all new penetrations of walls or floors. 8. Disconnection and demolition of select distribution equipment and removal from site. 9. Provisions for a New Electrical Power Monitoring System to monitor the actual positions of each switch in a pad mount switchgear assembly and also monitor the new 15 KV switchgear in building no. 9. Future system will remotely display the status at an onsite assigned location. All necessary underground conduit and handholes are to be included. 10. Short Circuit, Coordination and Arc flash study for the site. Firms believing they can meet the requirements above shall furnish sufficient technical information necessary for the Government to conclusively determine the experience and qualifications of the firm for the above project with no less than the following information: • Business name, DUNS number, business address, business website, business size status (i.e., SB, VOSB, SDVOSB, HUBZone SB, SDB, WOSB, LB), point of contact name, mailing address (if different from business address), phone number and email address; • Capability statements must provide enough information to determine if the company has experience and qualifications to meet the requirement and be not longer than 10 pages. Capability statements must reference similar work as described above within the identified magnitude that has been performed by the contractor in the last three (3) years and a description of the work. Capability statements must provide detailed specific references and experience to the two major categories of 1; demolition and 2; the new loop as well as the 10 subcategories listed above. Provide description of work, contract value, customer name and any other information to demonstrate qualifications. Of the identified contracts indicate if the firm was the prime contractor and installer or subcontractor. • Describe how the firms experience and qualifications will be applied to this project to ensure successful completion. • If a large business, provide if subcontracting opportunities exist for small business concerns. The government is not responsible for locating or securing any information, not identified in the response. The associated North American Industry Classification System (NAICS) Code is- 238210- Electrical Contractors and Other Wiring Installation Contractors; Small Business Size Standard is $14.0 Million. Estimated construction magnitude is between $1 million and $5 million. Interested Contractors must respond with capability statements which are due in person, by postal mail or email to the point of contact listed below on or before May 25, 2012 by 13:00 hours (Central Time in Jefferson, Arkansas) at the Food and Drug Administration, FDA/OO/OFBA/OAGS/DAP, Attn: Nick Sartain, 3900 NCTR Road, HFT-320, Jefferson, AR 72079-9502 or email nick.sartain@fda.hhs.gov. Reference FDA 1101957. Disclaimer and Important Notes. This notice does not obligate the Government to award a contract or otherwise pay for the information provided in response. The Government reserves the right to use information provided by respondents for any purpose deemed necessary and legally appropriate. Any organization responding to this notice should ensure that its response is complete and sufficiently detailed to allow the Government to determine the organization's qualifications to perform the work. Respondents are advised that the Government is under no obligation to acknowledge receipt of the information received or provide feedback to respondents with respect to any information submitted. After a review of the responses received, a pre-solicitation synopsis and solicitation may be published in Federal Business Opportunities. However, responses to this notice will not be considered adequate responses to a solicitation. Confidentiality. No proprietary, classified, confidential, or sensitive information should be included in your response. The Government reserves the right to use any non-proprietary technical information in any resultant solicitation(s)."
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/HHS/FDA/NCTR/FDA-1101957/listing.html)
- Place of Performance
- Address: 3900 NCTR Road, Jefferson, Arkansas, 72079, United States
- Zip Code: 72079
- Zip Code: 72079
- Record
- SN02746269-W 20120513/120511235728-5e2b5296e3cd3d9bc02edd2df6335e85 (fbodaily.com)
- Source
-
FedBizOpps Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's FBO Daily Index Page |